Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (21)1 December 18, 2001 - Temp Reso #9636 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-021 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02-09B ENTITLED, "CDBG BARRIER FREE HOUSING" AND APPROVE THE CONTRACT BETWEEN THE CITY OF TAMARAC AND THE STEIN GERONTOLOGICAL INSTITUTE FOR A ONE (1) YEAR PERIOD COMMENCING UPON THE EXECUTION OF THE CONTRACT WITH THE OPTION TO RENEW FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, Florida is a direct entitlement recipient of funds from the United States Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) funds; and WHEREAS, the City of Tamarac has included a barrier -free housing program component in its housing rehabilitation programs for HUD Fiscal Year 2001 providing specialized needs assessment of an eligible disabled individual's home for appropriate modifications; and WHEREAS, the City of Tamarac has publicly advertised Bid No. 02-09B for the "CDBG Barrier Free Housing" in the Sun Sentinel on both November 11 and 18, 2001 (attached hereto as Exhibit "1 ");and WHEREAS, three (3) vendors were solicited and two (2) bids were opened and December 18, 2001 - Temp Reso #9636 2 1 reviewed to determine cost and responsiveness to the City's specifications; and WHEREAS, Stein Gerontological Institute submitted the most responsive proposal based upon the bid requirements for specialized client evaluation and the barrier -free architectural processing, as per the copy of Bid No. 02-09B and bid tabulation as follows: and Stein Gerontological Institute 1 20% Sunshine Luxury Homes, Inc. 1 12% WHEREAS, sufficient funds are available in the appropriate operating fund; and WHEREAS, the Director of Community Development recommends approval; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to award Bid No. 02-09B entitled, "CDBG Barrier Free Housing" and approve the Contract between the City of Tamarac and the Stein Gerontological Institute for a one (1) year period commencing upon the execution of the Contract (attached hereto as Exhibit "2") with the option to renew for four (4) additional one (1) year periods. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: December 18, 2001 - Temp Reso #9636 3 1 SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: That the City Commission authorize the appropriate City Officials to award Bid No. 02-09B entitled, "CDBG Barrier Free Housing" and hereby approve the Contract between the City of Tamarac and the Stein Gerontological Institute for a one (1) year period commencing upon the execution of the Contract (attached hereto as Exhibit "2") with the option to renew for four (4) additional one (1) year periods. SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: passage and adoption. 1 This Resolution shall become effective immediately upon its December 18, 2001 - Temp Reso #9636 4 PASSED, ADOPTED, AND APPROVED this 23rd day of January, 2002. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to MITCHELL$-q. KRAF CITY ATTOKNEY commdev\u:\pats\userdata\wpdata\res\9636reso MINI .. �� I MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER A e, DIST 1: COMM. PORTNER 8t gi DIST 2: COMM. MISHKIN A & DIST 3: V/M SULTANOF A e, DIST 4: COMM. ROBERTS A e� 1 1 EXHIBIT 111 TEMP RESO #9636 COMPANY NAME: (Please Print): stein Gerontolo ical institute Phone: (305) 762,-i465 Fax:_(305) 76 1445 ---NOTICE--- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 7x 1. Carefully read the General Terms & Conditions, Special Conditions and Technical Specifications and then properly fill out the BID FORMS (Attachment "A"). 0 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B") and have it properly notarized. 23. Sign the CERTIFICATION page (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. 0 4. Fill out the BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 0 5. Fill out the REFERENCES page (Attachment "E"). Q 6. Sign the VENDOR DRUG -FREE WORKPLACE FORM (Attachment 7") [x] 7. Include Proof of Insurance. [� 8. Carefully read the SAMPLE AGREEMENT attached. kol []x 9. Submit ONE (1) Original and TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER and BID NAME on the outside of the package. ® 10. Make sure your bid is submitted PRIOR to the deadline. Late bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. IF ATTACHMENT "A" BID FnRM BID NO. 02-091B Submitted by: Stein Gerontological Tnstitute (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881h Avenue Tamarac, Florida 33321 12/03/01 (Date) 1. The undersigned Bidder proposes and agrees, if this bid is accepted,.to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. ft An�AC__HMENT "A" BIDFORM (continued) 81D No. 02-09B The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide eligible CDBG clients (elderly and disabled persons) housing modifications to improve accessibility and security to maintain their independence. In order to be considered for this project, the vendor must meet the conditions and requirements listed within the Technical Specifications of this Bid. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. . DESCRIPTION TOTAL COST Provide eligible CDBG clients (elderly and disabled persons) housing modifications to improve accessibility and security to maintain their independence under the federal laws and requirements imposed by HUD in 200/0 conjunction with the CDBG Program. Administrative Percentage per The administration costs for management and case execution of the Barrier Free Housing Program shall be competitively bid and will not exceed 20% of each grant total amount awarded. The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promise and agree that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return f rejection will be at the expense of the bidder. -� Stein Gerontological Institute Company Name 6Z��- Aut 0 iZed Signature 5200 NE 2nd Avenue Address Miami, FL 33137 City, State, ZIP Contractor's License Number Bernard A. Roos MD Typed/Printed Name Ph:(305) 762-1465 Fax:(305) 762-1445 Telephone & Fax Number 65-0289632 Federal Tax ID# 13 ATTACHMENT "A" BID FORM (continued) BID NO, 02-0913 Bidders Name: stein„ Gerontological Institute TERMS: % DAYS: Delivery/completion: calendar days after receipt of Purchase Order To be considered eligible for award, one (1) on final and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 14 ATTACHMENT -A- BIP FORM (continued) Bidder's Name: Stein Gerontolo ical Institute Variations: None The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non- responsive and ineligible for award: Section ^Variance Section ..Variance Section Variance Section Variance Attach additional sheets if necessary. iR A A E "Sol NON L SIAFFIRA�Vff State of Florida )ss, County of Mama Dade Bernard A. Roos >!D being first duly swom, deposes and says that: 1, He/she is the ' Diractor , (Owner, Partner, Officer, Representative or Agent) of_ Stem Gerontological InAtitute _ _ the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respacting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Propoaai; 3, Such Proposal is genuine and is not a collusive or sham Proposg,, 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in anyway colluded, conspired, connived or agreed, diraCtty or Indlractiy, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have In any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or parson to fix the price or prices In the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person Interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and properand are not tainted by any collusion, conspiracy, connivance, or unlawful agreament on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in Interest, Including this affiant. Steed, sealed and deiivered in the presence of: Witness Pss Mennard A. Roos, MD Printed Name Director, Stein Gerontological InatiLute Tate ATTACHMENT NON -COLLUSIVE AFFIDAVIT continued ACKNOWLEDGMENT State of Florida County of Miami -Dade On this the 3rd day of December , 2001, before me, the undersigned Nota Pu of the State of Florida, personally appeared ry blic Bernard A. Roos (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/the acknowledge that he/she/they executed it. y WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: a� e MargynC� NOTARY PUB C, STATE OF ORIDA • AM commission CC992122 a a Expires January 07 2005 Maril Cheun (Name of Notary Public: Print, Stamp, or Type as Commissioned) CK Personally known to me, or ❑ Produced identification: ❑ DID take an oath, or 13 DIDpe of'fication NOT takerodu an oath 17 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/se rvice(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ® - OTHER ❑ If "Other", Explain: Bernard A. Roos, MD' Authorized Signature Name (Printed Or Typed) Director Title Stein. Gerontolo ical Institute Company Name Miami FL 33137 City/State/Zip (305) 762--1445 Fax Number 65-0289632 Federal Employer I.D./Social Security No. 5200 NE 2nd Avenue Address (305) 762-1465 Telephone Beth Kofsky Contact Person r- ATTACHMENT "D" BIDDERS QUALIFICATIQN STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company Stein Gerontolo ical Snstitute Address 5200 NE 2nd Avenue City State Zip Miami F, 33137 Telephone (305) 762---1465 Fax Number _ 4 1. How many years has your organization been in business under its present name? 25 Years 2. If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: N/A 3. Under what former name(s) has your business operated? N/A List former address(es) of that business (if any). N/A 4. Are you Certified? Yes ❑ No [I If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑x If Yes, attach copy of License 6. Has your company or you personally ever declared bankruptcy? Yes ❑ No x❑ If Yes, explain: 7. Are you a Sales Representative ❑ Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes x❑ No ❑ If yes, explain (date, service/project, bid title etc.) BROWARD COUNTX, Since 1.996, State Housing Initiatives Partnership Program City of Sunrise Since 1999, CDBG Pro ram and SHIP Program 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ® If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes 7 No x❑ If yes, explain:___ ATTACHMENT "E" REFERENCES Please fist name of government agency or private firm(s) with whom you have done business within the past five years: Your Company Name Address Stein Gerontolo ica1 Institute 5200 NE 21-id Avenue City State Zip Miami F 33137 Phone/Fax Ph: 305 762-1465 Fax: (305) 762--1445 Agency/Firm Name: Address Broward County Community Development Division 110 NE 3rd Street City State Zip F Lauderdale FL 33301 Contact Name N Ph: 954) 765-5311 Fax:(954) 765-5340 'w ck Mi dred Re olds Agency/Firm Name; Cit of Sunrise Address City State Zip 10770 W Oakland Park Blvd Sunrise FL 33351 Phone/Fax Ph: (954) 746-3294 Fax: (954) 746-3287 Contact Name Robin Butler or Carl Freeman Agency/Firm Name; Address Florida ]]e artment of Children and Families City State Zip 1317 Winewood Blvd. Bldg-3 Room 314C Tallahassee, FL 32399 Phone/Fax Ph: (850) 488-4877 Fax: (850) 292-6456 . Contact Name Robi Olmstead or Edward Roussau Agency/Firm Name: FAAST . Address City State Zip r t et Suite 110 Tallahassee, FL 32301 Phone/Fax Contact Name Ph: 850 487-3278 Fax: 850) 487�-2805 Ben Greve Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 20 ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I cent y that this form complies fully with the above requirements. Stein Gerontolo icai Institute Authorized Signature Company Name N ACURD. CERTIFICATE MTAM 7LTEWISHHaME F INSURANCE DATE (MM,OOlYY) PRvpucr-R BROWN & J3ROWN INC 220 SOC7TH RIDGEWOOD AVENTIE P 0 BOX 2g12 DAYTONA REACH, FL 32115 MIAMI JEWISH HOME, AND HOSPITAL FOR THE AGED, INC. 5200 NE 2ND AVENUE MIAMI, FL 33137 _ 12/06/0Q THIS CERTIFIC�M 15IS 155Ue0 AS A MATTER OF1NF—GR(j0m ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTENC) OR ALTER THE COVERAGE AFFORDED 9Y THE POLICIES 13ELOW. COMPANIES AFFORDING COVERAGE` COMPANY j ARELTANCE INSURANCE COMPANY COMPANY— _ RITRAVELERS CASUALTY A LLTD SURETY Co. COMPANY... COMPANY - b ICOVERAGES TI IIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANy CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIrICnIE MAY BC IS•;UED OR MAY PERTAIN. THE INSURANCE AFPORCED BY EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN TUC PDLICIES OCSCRIBEp HEREIN fu SUBJECT TO ALL THE TERMS, • i .. " ... MAY HAVE REDUCr^D 6Y PAID CLAIMS. Co L R I TYPE OP INSURANCE POLICY NUMSER POLICY CFFECTIVE POLICY EXPIRATION TDATE {�{MM/DO/YY) ( DATE (MM/DD/yy) I LIMITS 'GENCRALLIABILITY 1523024670 ' cOMMrkOIAL OI!NrRAL LIABILITY j Z 2 / 01 / 9 9 112 / 01 / 0 2 GCNCPAL AGGREc,ATE s31 0 0 0 0 0 0 r•, _. c1 DIMS MALL= X; occurs p!nqucTS-COMr/OP AGG s3 , 600 000 CWNCii'S s CON I I-r-OR'S PRO PGRSONAL & AOV INJURY_ �$] Q 0 0 0 0 0 _ j. r. __.0r. A X. PROF LT AE3 SI302�1670 rcEAC_H_OCCVRAENCE _ �s1, 000, 000 3 MILL , i 12/01/99 12/01/a2 IIMPDAMA_GE_G4nYCn.4fe) jS] oa, 000� AUTOMOBILE L(0.RILITY I I MriD EXP (/Ury eno per5onlrJ a 0 d ANY AU I Q I COMBINE0 SINGLE LIMIT S ... �- I„ , I ALL OVVNEO AUTO,^, ,.--- • .. :CI ICr4ULCU AUTO8 j BODILY IryIUrtY _- .. • •— HINEOAUT(/; (Per person) S I NUN-0WNL:DAUTOS I COILY'INJURY I § _ i tr CARAGG LIARIUl'y I, .I ANY AUTO I A I Fxu—SS LIADILJTY X I VmRACLLA NORM OT. _li TI IAN uMBRLLLA r RM WORKERS COMPENSATION AND I F.MPLOYms, UASII'M j THE PROPRICTOIV j PArLTNrRS/FXF.CUTIVC . I INCI. f OrrICCRS AqE EX OTHER Cj' Tj SX30246?0 03513Y103404572$CM - L DesCRfi'nON Or OPCRAT10NSILOCATIONSNL;HICLCSISPrCIAL DEWS Name T'rinl.nd on DEC Page: Ma<am.i Jewis11 Hama and Hospital (See Att.aclie?d Schedule . ) Ci TIFICATE HOLDER ACORD 15-8 (3191) 1, Of ?. 7 A /PJIA a PROPCRTY DAMAGE Is OfHEIAUTO_ONLY-CAACCIOCNT .R.. THAN ONLY_ IS I _ AUTO I __..EACH•ACCIprCNT (S-� nvURCyAlk 10 12/01/9? 12/01/02 �FACHOCCURRENCE _ 925, 0pq, 000 i AGGREGATE 11... -2 5 0 0— 0 O a a SIR — -_ 110 000 STATUTORY LWI75 i EACHACCICENT _._I! .. ,.•.�~ _....•._ 01SEASE-POUCYLIMIT-., ..- .—.. 0ISFASV.FACHEMPL 1,� O g,Z - /O 1/00 :12/01/01 $1, 000, 000 13LANI(ET (EMPLOYEE DISHONESTY 1$5,000 DEDUCTIBLE for the Aged, Inc, CANCELLATION " SHOULD ANY OF THE ABOVE OESCRIpCD POLICIES BE CANCELLED (BEFORE THE EXPIIRATION OATS THEREOF TMC ISSUING COMPANY WILL ITNDCAVOR TO MAIL „r..O— DAY9 WRITTEN NOTICE TO THC CERTIFICATE MOLDER NAMEO TO THIS Le!`T, BUT FAILUR9 TO MAIL SUCH NOTICE SMALL IMPOSE NO 02LIGATION OR LIABILITY OF ANY KIN ON THE COMPANY, ITS AG AUTHO II K R TS OR REP T'ATTVES. rNTATIVG� �.— 0 ACO};D CORPORATION 1999 DESCRIPTIONS (Continued from Pagel.) Dough: Gardens 1401-d1119 Corporation Douglas, Gardens Commlinity Mental Health Center Stein Geroatolo s of Miami Reach Incorporated gical, xn�,titute, Inc. F1.orl(Ad PathwayS, Inc, Sol supporting Housing, Inc. Douglas Gardens Senjor I•Iousing, Inc. Hallandale Holdings, Inc. Douglas c,a:derjs CMF,C Dehoerrile Alzheirners Pavilion, xnc. Douglas Gardens Thrift Shon, Inc. area all subsidiary, affiliated, associated, or allied compani.os, corporations, ar entities as now or here after constituted for which the Named Insured has a responsibility for placing insurance for which similar coverage is not otherwise or mare specifically provided. RZ: PROOF OF INSURANCE STEIN GERCN`IOLOGICAL INSTITUTE Ci8GEM2.5.2(3143)2 of 2 itS102.308/M8383 II. EXPERIENCE/QUALIFICATIONS AND APPROACH TO WORK: Mana2ernent History, Experience and Ability Stein Gerontological Institute (SGI) has been the State Housing Initiative Partnership (SHIP) consultant contractor for the Broward County Special Needs Homeownership/Barrier-Free Housing Program since 1996. SGI has been working with Broward County and a team of qualified Fort Lauderdale contractors to deliver barrier - free housing services. SGI is involved in several government contracts detailed in this narrative. In the proposed SHIP Barrier -Free Housing Program Architectural Barrier Removal program, SGI would act as the overall consultant to undertake removal of barriers and to retrofit the property. As the assessor of the individual's needs within their home environment, SGI will strive to maximize independence and promote home safety.. Each of the contractors has barrier -free design experience and will contribute to the final home modifications. Stein Gerontological Institute (SGI) is the research and education division of the Miami Jewish Home and Hospital for the Aged at Douglas Gardens. Endowed in 1981 by Louis and Bess Stein, SGI's mission is to maximize independent function for the elderly and persons with disabilities through structural programmatic modifications in the environment. SGI has sixteen years of experience in structural modifications exemplified in the following projects: 1. SHIP Special Needs Home Ownership/Barrier-Free Housing Program SGI has successfully managed Broward County's Barrier -free SHIP Project for the past four years. Through SHIP, clients have benefited from barrier -free modifications and home safety renovations. When the SHIP funds were insufficient to provide all recommended modifications, SGI has referred clients to alternative community -based programs for services and products to maximize their personal independence. SCI's Assistant Director, Beth Kofsky, has been the managing consultant for the SHIP barrier -free housing program. Other SGI staff involved in the project include an ergonomic engineer and an assistive technology practitioner. The Broward County Commission's first contract with SGI was signed and approved on March 19, 1996 and has been renewed annually since that time. The current contract was established September 10, 1999. To date, over one hundred (100) homes have been completed. Currently eight homes are under construction. Page I of Section IT SHIP Architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01/BJC In fulfilling the SHIP contract, SGI has assisted in developing documentation and procedures for all phases of administering the Barrier -Free Home Ownership Housing Program brochure including a "Home Survey Referral Form" for approved SHIP clients; an on -site home survey checklist; on -site assessment procedures for the home survey; "tips for working with contractors" guide for clients; marketing materials, brochures, advertisements and presentations for the SHIP program throughout Broward County to potential consumers, community agencies and service providers; and a list of appropriate Broward County resources that is provided to all program clients. Broward County Community Development Division Contactl: Mildred Reynolds SHIP Administrator Contactl: Burton Spiwack SHIP Housing Coordinator 110 NE 3`d Street Fort Lauderdale, FL 33301 Phone: (954) 765-5311 Fax: (954) 765-5340 2. City of Sunrise CDGB Barrier -Free Housing Program Stein Gerontological Institute (SGI) has been administering the CDBG Barrier -free Housing project for the city of Sunrise since its inception in September 24, 1999. The program has eighteen (18) completed projects, two homes in construction and one mortgage pending. SGI continues to receive inquiries regarding this program, which may result in a waiting list of qualified applicants for the new program. Utilizing valuable experience gained through involvement with the SHIP program, SGI designed and implemented a multi -media marketing campaign to inform consumers, community agencies and service providers about the Sunrise CDBG barrier free housing program. SGI established application and certification forms and procedures for this program. SGI staff is available for any consumer needing assistance in completing the necessary forms for certification and mortgage processing. SGI automated its overall project management to ensure timely progress reporting to the Community development Department in the City of Sunrise. From initial estimate to final inspection and invoicing, SGI oversees all contractor activities and provides ongoing telephone support for the consumer. This system is analyzed at the completion of each project to improve efficiency. All of these components are prepared to maximize the effective implementation of additional funding. Page 2 of Section II SHIP Architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01/BJC City of Sunrise Contact: Carl Freedman / Robin Buller Redevelopment Coordinator City Hall 10770 W. Oakland Park Blvd. Sunrise, FL 33351 Phone: (954) 746-3294- Carl (954) 746-3282 Robin Fax: (954) 746-3287 3. Environmental Accessibility Assessment Provider — Medicaid Waiver In March 2001, SGI became a certified Medicaid Waiver provider. This program provides Environmental Accessibility Assessments to persons receiving Home and Community Based Services under Florida's Developmental Services division. SGI has been working with the program since August 2000 and to date has provided Environmental Assessment Services to over one hundred and fifty (150) disabled clients throughout the state of Florida. The assessment service includes: an on -site assessment, assessment report on findings and recommendations, pictures and drawings of existing and proposed recommendations. 4. Structural Modification for the Channeling Project The Channeling project is a Medicaid waiver program offered in Broward and Dade Counties for Home and Community Services administered through MJHHA. Channeling provides a range of services to keep thousands of low-income frail older residents of Dade and Broward counties out of nursing homes for as long as possible. SGI provided structural modification services as a sub -contractor to the Channeling Project for several years. Modifications included building wheelchair ramps, repairing floors and windows, installing grab bars and lowering sinks and providing other assistive technology devices. 5. The Florida Alliance for Assistive Services and Technology (FAAST) SGI has been the site of the Florida Alliance for Assistive Services and Technology (FAAST) South Florida Regional Center since 1993. SGI's FAAST center serves the South Florida community from Indian River County to Monroe. SGI's FAAST center houses a demonstration lab for assistive technology, provides assistance to persons with disabilities in choosing and locating services and technology and provides education and advocacy programs. The FAAST toll free information and referral service housed at SGI provides assistive technology products and services Page 3 of Section II SHIP architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01/87C including affordable, accessible housing solutions. The expertise of FAAST's personnel in home safety and assistive technology and their contacts in the South Florida AT provider community provide auxiliary resources for the SGI's barrier -free housing programs. 6. Accessibility Consultant: Currently, SGI is a Metro -Dade County vendor to provide reasonable accommodations, environmental surveys and technology assistance. In 1992, SGI provided contracted services to D/SAIL for the provision of adaptive and assistive equipment and structural modifications for Hurricane Andrew victims with disabilities living on fixed income. D/SAIL program was funded through the State of Florida -Vocational Rehabilitation 92- 93, State of Florida and HRS 93-94. Since 1998, SGI has been providing home modification assessment services to the following organizations that serve persons with disabilities: Vocational Rehabilitation, Brain & Spinal Cord Injury Program, Medicaid Waiver, Department of Children and Family Services and Worker's Compensation Insurance providers. Other home modification services include contracts to conduct individual home assessments and assisting in development of architectural drawings to remove barriers and increase accessibility in the home. The assessment includes an accessibility evaluation, develop construction bid estimate, contractor services, construction management and, when necessary, engineering services. 7. U. S. HUD Section 811 Program Contract In 1993, SGI was awarded a fund reservation from the U. S. HUD Section 811 Program in the amount of $246,500 to rebuild a hurricane -damaged property in South Miami as a group home for four young adults with disabilities. Construction began January 1, 1997 and was completed by September 1997. Beth Kofsky is the HUD Section 811 property manager and has completed a two-day training course on HUD Subsidized Multifamily Housing Occupancy Requirements. Beth Kofsky is a "Certified Assisted Housing Manager' through National Leased Housing Association. She has been managing the SGI Supportive Housing Inc., which is a fully accessible group home for four physically disabled adults since 1997. Ms. Kofsky was involved in both the design and construction phases of the project. She manages the occupancy procedures and housing of potential tenants. Page 4 of Section 11 SHIP Architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01/13X Contractors In prior years, SGI has utilized five (5) experienced contractors for competitive bidding estimates on all of its Barrier -Free Housing projects. All contractors are licensed, insured and experienced in the area of barrier -free design modifications and construction. The contractors are knowledgeable and sensitive to the needs of the elderly and the clients with disabilities served by this program. In aggregate they have over sixty (60) years of experience in the field. For each barrier free modification of then home environment, SGI and the contractor develop a modification assessment portfolio with a bid estimate. The modification assessment portfolio consists of a complete analysis of the necessary modifications including existing and proposed floor plans detailing the required work and recommendations for any additional modifications and Assistive technology products for further consideration. Design consultants assist with drawings to scale and designing the necessary modifications. SGI Project Management Plan L Advertisement/Announcement of available funds and send letter out to those awaiting funds currently on waiting list. ➢ Newspaper/advertisement (paid and no cost) — Project Manager ➢ Contact local agencies serving elderly disabled — Project Manager ➢ Organization/Agency outreach — public speaking activities promoting program — Project Manager ➢ Direct mailing of brochure —Project Assistant ➢ Prepare, review, and send report — Project Manager SGI staff. Beth, Saundra, and Anna H. Clients are referred and SGI contacts waiting clients about program fields availability. ➢ Discuss program guidelines and requirements over phone — in detail with new clients — Project Manager/Assistant and Assessment Staff ➢ Mail or bring application to review with client — Project Manager/Assistant ➢ Assist client with completing application --- Project Manager/Assistant Page 5 of Section II SHIP Architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01BJC ➢ Verify all of client's information and begin certification process if they meet the income eligibility homeowner SHIP guidelines required by HUD. See attached. Application certification process completed and approved forms being used — Project Manager/Assistant ➢ Mail applicant information for final client approval —Project Manager/Assistant ➢ Contact client by mail and phone once approved to set up appointment for the assessment process —Project Manager/Assistant III. Conduct an on -site home environmental assessment for architectural and or barrier removal. ➢ Discuss program guidelines on accessibility barrier -free modifications —Project Manager and Assessment Staff ➢ Conduct an assessment on an individual's home environment to prepare construction bid proposal — Project Manager and Assessment Staff ➢ Send completed construction bid proposal to three contractors — Project Manager/Assistant ➢ Review three construction bids and choose the contractor who has the lowest and or most qualified bid — Project Manager and Assessment Staff ➢ Contact client regarding mortgage amount and their agreement to initiate mortgage document — Project Manager and Assessment Staff ➢ Visit client with prepared mortgage document for review of contents, signature, and notarization -- Project Manager/ Assistant and Assessment Staff ➢ Record mortgage— Project Manager/Assistant and Assessment Staff ➢ Mail copy of signed and notarized mortgage for Files/Record — Project Assistant ➢ Send approved construction estimate to winning contractor to begin work — Project Manager III. Construction Process ➢ When applicable Contractor sends architectural drawings and preliminary sketches of work to be performed for review and approval by Project Manager and Assessment Staff Page 6 of Section II SHIP :architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01BJC ➢ Contractor meets with client to discuss timelines of project — Contractor ➢ Contractor pulls permits and submits plans — Contractor ➢ Contractor receives permits and approved plans to begin construction — Contractor ➢ Schedules and coordinates inspections by City Inspectors on all phases of the construction process -- Contractor ➢ Inspections from SGI Assessment Staff throughout beginning, middle, and end of construction — Project Manager and Assessment Staff ➢ Review permits at end of construction for final -signatures and approval — Project Manager IV. Completed Construction ➢ Final inspection to ensure work is completed --- Project Manager ➢ Send the signed final permits and invoice for payment — Project Manager/Assistant ➢ Send before and after pictures of job —Project Manager and Assessment Staff Page 7 of Section II SHIP Architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/UP-4134-01BJC PERSONNEL: Bios are included for: Beth Kofsky, Project Manager Saundra Alexander, Project Assistant Anna Pacheco, Project Assistant Page 8 of Section II SHIP Architectural Barrier Removal Program -SHIP 2001-2002/Seminole County/RFP-4134-01/BJC HIo Beth Kofsky, M.H.S.A- Assistant Director, Stein Gerontological Institute (SGI) & South Florida Regional Coordinator Florida Alliance for Assistive Services & Technology (FAAST): provides environmental accessibility adaptation services for persons with disabilities in both a home and or work environment to improve access, remove barriers and to increase an individuals level of independence. All work completed or performed under all of the SGI programs complies with the Florida Accessibility Code for Building Construction. In addition, she has developed training, college courses, educational curriculum and teaching guides, materials and workshops for persons with disabilities and professionals who serve them on; assistive technology programs and services, disability resources, assessment, multicultural outreach, employment and housing concems/solutions and consumer advocacy. In June 1994 she was appointed the Assistive Technology Regional Coordinator for the FAAST Regional Demonstration Center located at SGI and continues to run this project. She is a Consultant/Contractorwith the SHIP Barrier - Free Housing Program in Broward County from (1996 - Present) and with the City of Sunrise as the Consultant for Barrier -Free Housing from (1999 - Present). Also SGI is a Florida Medicaid Waiver Provider - Community Based Services (covering the State of Florida) for providing Environmental Accessibility Adaptations and Other Adaptive Equipment. The program serves disabled and elderly homeowners providing retrofitting and home modifications to increase their safety and independence within their home environment. Her past experience includes marketing/development services in healthcare, and program development and management of rehabilitation, acute care, outpatient physical medicine, psychiatric and long term care programs. Internet Course: Assisted in the development of Project ABCs: Interdisciplinary Fundamentals in Adaptive & Assistive Technology. The online course started 2001 through the University of Miami Mailman Center and is offered to professionals in the healthcare field, students, family members and consumers. AWARD: At the 1997 Business Coalition for Americans with Disabilities 36th Annual Salute To Achievement and Awards Luncheon; Ms. Kofsky earned the Top Rehabilitation Professional Award and the Barrier -Free Design Award. At the 2001 Possibilities Ball and Amy Awards Beth Kofsky, FAAST & SGI was awarded the "Amy Award for Making Beyond Adversity - T.V. Show a Reality" Degrees: Masters Degree; Health Services Administration; FlU Bachelors of Science; Leisure Services & Studies; FSU Certified Assisted Housing Manager • Saundra Weisband Alexander, R.N., B.S.I.D., is an Environmental Assessment Specialist at the Stein Gerontological Institute (SGI). Sandy conducts assessments through agency referrals and client requests in environmental accessibility. She manages the overall assessment process for Medicaid Waiver and Brain and Spinal Cord Injury clients. Assessment provisions entail establishing client contact, inspecting and photographing the environment, interviewing the client and caregivers, researching appropriate equipment and technology, reviewing construction options and appropriate codes, creating Computer Aided Design drawings, and preparing a final report for the agency or client requesting the assessment. Ongoing interaction with caseworkers, clients, and contractors is also a part of the assessment process. Sandy is also involved with event participation, and attendance at workshops, conferences and community events targeted at reaching the disabled and/or elderly community. Sandy received her R.N. from Presbyterian University School of Nursing, Pittsburgh, Pa. and a Bachelor of Science in Interior Design from LaRoche College, Pittsburgh, Pa. She completed postgraduate studies at Harvard University Graduate School of Architecture, Boston, Ma, with a Certificate in Medical and Dental Facilities Design and attended the International Institute of Interior Design, Washington, D.C. where she studied residential design with an emphasis on barrier free design. Sandy completed studies in Nursing Home Administration at Community College of Allegheny County, Pittsburgh, Pa and is a licensed Assisted Living Facility Administrator. Sandy consults and has served as a guest lecturer on Residential Barrier Free Design, Nursing Home and Assisted Living Facilities Design, and Health Care Facilities Design to the University of Pittsburgh Department of Health and Rehabilitation Sciences, The Art Institute of Pittsburgh, La Roche College, The Hospital Council of Pennsylvania, the Pennsylvania Directors of Nursing, The Well Spouse Foundation of America, and The Jewish Association on Aging of Pittsburgh, as well as numerous philanthropic and professional groups through -out the area. Sandy is also a professional Kitchen and Bathroom designer. Sandy's background includes experience as the Director of Health and Wellness/Director of Nursing for Weinberg Terrace, Pittsburgh, Pa, the Nursing Supervisor at the University of Pittsburgh Rehabilitation Institute, Pittsburgh, Pa, and a Geriatric Nurse Specialist, Intravenous Nurse Specialist, and a Rehabilitation Nurse Specialist for various health care facilities. She has experience in sales and in marketing. Sandy is an interior designer with a specialty in barrier free design as well as health care facilities design. Sandy is an advocate for the American Disabilities Act, Universal and Barrier Free Design, and Physical Fitness for the Disabled and the Elderly. :_• Anna Pacheco, Information & Referral Specialist, Florida Alliance for Assistive Services & Technology and Environmental Accessibility Specialist, Stein Gerontological Institute Anna conducts assessments through agency referrals and client requests in environmental accessibility. She manages the overall assessment process for Medicaid Waiver and Brain and Spinal Cord Injury clients in Miami -Dade County. Assessment provisions entail establishing client contact, inspecting and photographing the environment, interviewing the client and caregivers, researching appropriate equipment and technology, reviewing construction options and appropriate codes, creating Computer Aided Design drawings, and preparing a final report for the agency or client requesting the assessment. Ongoing interaction with caseworkers and clients is also a part of the assessment process. Anna is also involved with event participation, and attendance at workshops, conferences and community events targeted at reaching the disabled and/or elderly community. In 1997 Anna began working with the FAAST program staffing the statewide toll free information line on assistive technology for persons with disabilities and providing outreach to the elderly and disabled in the Hispanic community. She manages the product demonstration center and provides tours of the Model Home equipped with assistive technology and barrier -free features. Anna also maintains the FAAST database of over 9000 clients. Anna has been working with the Stein Gerontological Institute since 1984. She began as a Research Assistant working on the Activities of Daily Living (ADL) research study. She collected the study data by administering questionnaires and video taping the research participants performing ADL's. She assisted with data entry and analysis for numerous SGI research studies. Anna also worked on human factors driving research and computer research studies. She also provides desktop publishing and web page design and maintenance for SGI. She has a Bachelor's Degree in Psychology from Florida International University in Miami, FL. V C� CC o � o z c o toter ° 2� E� o CO 0 ❑ m N N N: UoCIS O U Q �Q E6) O ❑ Qp po Jm oo> .a N a� Z ca ca b �a)� cvY—o� n J.ov-ro z 0 v Gccac co � a 0 T U j .p "o Q cM 10, 0 en 3 v v w V) +� G 0 V U 0 0 rn a O o Q c a Ln ►. 0 v Q 0 N In .� ca CV U W N L in �o y cn O ' O n ago cq oNa ©cn O o v W Ci. Mom 0 Q U M cu V W cn Ln o s °' �a 0 � ° cn u cvqq a 4� G o v a ° o � C � E c U CY) C Eod—O° U o 0 72 � U o© L m U) b t�, ;� M a o o w r 4, � c4-4 o v ai L C X 1, Or '`.F(1 Stein Gerontological Institute Miami Jewish Home & Hospital for the Aged 5200 NE 2nd Ave Miami, FL 33137 O 0 p ■rr N � U m L D � N ,- � M Op V � N L()en cq w low UM o� rw U M U ,O pcq O csa V� Ln 06 N 3 CC m�ro M .0 N N O .CA © O C O O o cL U' _°._ U N U� Non -Profit Org. US Postage PAID Permit #110 Miami, FL Exhibit "2" TEMP RESO #9636 AGREEMENT BETWEEN THE CITY OF TAMARAC ULM STEIN GERONTOLOGICAL INSTITUTE THIS AGREEMENT is made and entered into this 2�3 day of 20_Q2_ by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Stein Gerontological Institute, a Florida corporation with principal offices located at 5200 NE 2" Avenue, Miami, FL 33137 (the "Contractor") to serve as a licensed Contract Administrator for the Community Development Block Grant Program (CDBG) administered by the U.S. Department of Housing and Urban Development (HUD) for the City's CDBG eligible clients with handicapped accessibility needs; to provide eligible clients housing modifications to improve accessibility and security to maintain their independence.. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to serve as a licensed Contract Administrator for the Community Development Block Grant Program (CDBG) administered by the U.S. Department of Housing and Urban Development (HUD) for the City's CDBG eligible clients with handicapped accessibility needs; to provide eligible clients housing modifications to improve accessibility and security to maintain their independence. 23 b) Contractor shall be a State Licensed General Contractor that has performed this type of work and complies with all federal laws and requirements imposed by HUD in conjunction with the CDBG Program. Contractor shall solicit competitive bids and coordinate the modification work through the completion of the project in compliance with all CDBG program requirements b) Contractor or its subcontractors shall clean up and remove each day all debris and material created by the work at the contractor's expense. c) Contractor shall supervise the workforce to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. e) All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. f) Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. g) Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 24 Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and on an as needed basis for an initial one (1) year period. The City reserves the right to extend the contract for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. 5) Contract Sum The Contract Sum for the above work is the administration costs for management and execution of the Barrier Free Housing Program shall be competitively bid and will not exceed 20% of each grant total amount awarded. 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants each job completed against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps required in Paragraph 2 of this Agreement to the affected areas to assure compliance with all CDBG and HUD requirements. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 25 9) Indemnification The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 26 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Bernard A, Roos, MD Director Stein Gerontological Institute 5200 NE 2nd Avenue Miami, FL 33137 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 27 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 1 i) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 28 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC , through its Mayor and Bernard A. Roos, MD (Name of party with whom Agreement is made), signing by and through its Director (President, Owner, C.E.O.,etc.) duly authorized to execute same. ATTEST: Marion Sw son, CIVIC City Clerk Date: % o� ATTEST: (Corporate Secretary Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC F &Schreiber, Mayor Date: ,4162-Jeffr L. 9iller, City Manager Date: Appr as to form and gal Suffi i c Mi S. Kr , VyAtto ne Stein Gerontological Institute Bernard A. Roos MD Director Bernard A. Roos, MD, Director Date: 12 1Z (- j o l 29 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OFMiami-Dade I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate aforesaid and in the County aforesaid to take acknowledgments, personally appeared Name of Individual and Com an Name a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official.seal this 26th day.of December , zgp1 CCMtnM �+« � ��rss.hnu�y ar 2Dp6 (XX) Personally known to me or ( ) Produced Identification Signature of N tary Public — Stat f Florida at Large Marilyn C. Chetmg Print, Type or Stamp Name of Notary Public Type of I.D. Produced ( ) DID take an oath, or (,x) DID NOT take an oath. 30 STEIN GERONTOLOGICAL INSTITUTE (e non-profit organization) SGI 5200 NE 2"d Avenue Miami, FL 33137 Phone: (305) 762-1465 Fax: (305) 762-1445 Founded by Tall Free: (800) 322-7881 TTY: (305) 751-31.89 Bess and Louis Stein Email: sgl@gate.net CORPORATE RESOLUTION This corporate resolution authorizes Dr. Bernard Roos, Director of the Stein Gerontological Institute (SGI), to sign documents between SGI and other parties. Irving Cypen Chairman of the Board and Honorary President County of Miami -Dade State of Florida The foregoing instrument was acknowledged before me this 1 day of 2000, by ' who is personally known to me. - y 9-.,- Notary Pu 'c, State of Florida Commission Expires: Mr COMMM ON A CC 717&W S EMS: Much 16. 2002 banded lbtu NoUry Pu61k U1 *rwrbrs A subsidiary of the Miami Jewish Home and Hospital for the Aged at Douglas Gardens